|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 18,1997 PSA#1869EFA Chesapeake, (Attn: Code 02AE), Washington Navy Yard, Bldg. 212, 901
M Street SE, Washington, DC 20374-5018 C -- INDEFINITE QUANTITY CONTRACT FOR MISCELLANEOUS ARCHITECTURAL
DESIGN WITH ASSOCIATED MULTI-DISCIPLINAL ENGINEERING SUPPORT SERVICES,
VARIOUS LOCATIONS, EFA CHESNAVFACENGCOM SOL N62477-97-D-0087 DUE
071897 POC Contact Randolph Jones, 202-685-3152 WEB: EFA Chesapeake
Homepage, http://www.efdlant.navfac.navy.mil/efaches.htm. E-MAIL:
Randolph Jones, POC, RJones@efaches.navfac.navy.mil. This is a Small
Business set-aside contract. Large businesses will not be considered.
Small business size standard SIC Code is "8711", $2.5 million annual
average over a three year period. The work includes an indefinite
quantity contract for Architectural and Engineering services necessary
for the preparation of studies, RFP's for Design/Build projects, and
full plans, specifications, and construction cost estimates ready for
bidding for various projects at various locations in the Engineering
Field Activity (EFA) Chesapeake region -- Washington, DC, VA and MD.
The type of work primarily includes repairs, renovations, alterations
and new construction of the following type of structures: single or
multi-story, masonry, concrete, steel, wood and pre-engineered.
Projects may include, but not be limited to, all or part of the
following: roofing systems, flooring systems, ceiling systems, interior
and exterior partitions, rest room and shower facilities, millwork,
office systems, signs, interior and exterior finishes, windows, doors,
skylights, insulation, vertical transportation (stairs, elevators and
ramps), building demolition, and pest damage analyses. In addition,
work may include related security, communication, power, fire
protection, HVAC, lighting systems, and general site improvements.
Interior design services may be required -- familiarity with mandatory
sources of procurement, i.e. Federal Prison Industries (FPI), GSA
schedules, etc. is required. Coordination with the National Capital
Planning Commission, The Commission of Fine Arts, and the Maryland
National Capital Parks and Planning Commission may be required. The
preparation of comprehensive storm water management plans for the State
of Maryland, the District of Columbia, and the Commonwealth of Virginia
may be required. Although none is now known, the possibility of
hazardous materials, i.e. asbestos, lead paint, PCB, may exist at the
project sites. If hazardous materials are encountered, the A/E
Contractor will be required to conduct hazardous material removal
surveys, including testing and sampling, provide design removal
procedures and prepare construction contract documents in accordance
with applicable rules and regulations pertaining to such hazardous
materials. All hazardous materials licenses and/or accreditations
necessary for the locality of the potential project sites are required
by the A/E firm or its subcontractor(s). The general intention is to
provide for such design and engineering services as necessary to
support the procurement of these contracts. Services, such as technical
reports and studies, site investigations, programming, concepts,
contract documents -- drawings, specifications and construction cost
estimates, surveys, shop drawings reviews, construction consultation
and inspection, Title II, and preparation of construction record
drawings and O&M manuals, may be required at any time up to the final
acceptance of all work. The selected A/E contractor for the contract
will be required to provide overhead, profit, and discipline hourly
rates initially to the Contracting Officer within 7 days after
receiving notification. The selected firm will also be required to
participate in an orientation and site visit meeting within seven days
of notification and provide a fee proposal within 10 days after
receiving the Request for Proposal. This will be a firm fixed price A/E
contract. The total contract amount for the contract will not exceed
$750,000 for each year. The duration of the contract will be for the
period of one year, with the possibility of a one-year option. The
estimated start date is September, 1997. Selection evaluation criteria,
in relative order of importance are included below. 1. Specialized
experience and professional qualifications of the firm and the proposed
project team in providing complete architectural services with
multi-disciplinal engineering support services for the requirements as
described herein; 2. Demonstrate capabilities in sustained
accomplishment of work within established time limits for multiple and
simultaneous delivery orders; 3. Past performance and process of the
prime A/E firm (and subcontractors) in the firm's quality
control/quality assurance program to assure coordinated technically
accurate studies, plans, specifications, and construction cost
estimates; 4. The firm's and project team's present workload; 5.
Preferences: a. Preference will be given to firms within a 100 mile
radius of Engineering Field Activity Chesapeake, Washington Navy Yard,
provided that application of the criterion leaves an appropriate
number of highly qualified firms, given the nature and size of the
projects; b. Preference will be given to firms with the capability of
using CAD, SPECSINTACT, and the Success Cost Estimating System. Each
firm's past performance(s) and performance ratings will be reviewed
during the evaluation process and can affect the selection outcome.
Firms which meet the requirements listed in this announcement are
invited to submit one copy each of the completed Standard Forms (SF)
254 and SF 255, U.S. Government Architect-Engineer Qualifications, to
the office indicated below. Site visits will not be arranged during the
advertisement period. Interested firms are requested to include telefax
numbers, the Contractor Establishment Code (CEC), and Taxpayer
Identification Number (TIN) on the SF 255 and SF 254 in Block 3a and 1,
respectively. In Block 10, state why your firm is specially qualified
based on the selection evaluation criteria. Also, use Block 10 to
provide additional information desired by your firm. Only the SF 254
and SF 255 will be reviewed. Experiences identified in Block 8 of the
SF 255 should not be more than 5 years old. The A/E firm's primary
person proposed to be the direct contact with EFA CHES throughout the
contract work must be identified as the "Project Manager". Information
in the cover letter and any other attachments shall not be included in
the official selection process. Submit the SF 254 and 255 to the
mailroom in the EFA CHES building, Building 212, Washington Navy Yard
by 3:30 p.m. on the established due date. Fax copies of the SF 254 and
255 will not be accepted. This is not a request for proposal.
Effective 1 October 1997, A/E contractors will be required to register
their firms in the Central Contractor Registration data base prior to
receiving a contract award. This data base provides basic business
information, capabilities, and financial information to the Government
and complies with the Debt Collection Improvement Act of 1996, which
requires Federal agencies to have the Taxpayer Identification Number of
every contractor and to pay every contractor through electronic funds
transfer. A/E contractors will only have to provide this information
once with annual updates or as key company information changes occur.
AVOID THE RUSH! Immediate Registration can be accomplished through the
World Wide Web at http://www.acq.osd.mil/ec; through any DOD Certified
Value Added Network; or a paper form may be obtained by calling the DOD
Electronic Commerce Information Center at 1-800-334-4314. Contracting
Officer, Naval Facilities Engineering Command, Engineering Field
Activity Chesapeake, (Attn: Code 02AE), Washington Navy Yard, Building
212, 901 M Street SE, Washington, DC 20374-5018. (0167) Loren Data Corp. http://www.ld.com (SYN# 0015 19970618\C-0003.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|